Professional Documents
Culture Documents
Department of Health
BAGUIO GENERAL HOSPITAL AND MEDICAL CENTER
Baguio City\B
Form No.: CMT-BAC-007
BID DOCUMENTS Revision No.: 2
Effectivity Date: May 02, 2023
Pre-bid Conference: November 9, 2023, 9:30 a.m., Function Hall, 5th floor Psychiatry
Building, BGHMC, Baguio City
Bid Opening Conference November 21, 2023, 1:00 p.m., Function Hall, 5th floor
Psychiatry Building, BGHMC, Baguio City
NOVEMBER 2023
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by
any branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures
and practices presented in this document have been developed through broad experience, and
are for mandatory use in projects that are financed in whole or in part by the Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of
procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,
and/or functions of the winning bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included
in the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.
0
d. The cover should be modified as required to identify the Bidding Documents
as to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
1
Table of Contents
2
3. PERFORMANCE SECURITY ............................................................................ 27
4. INSPECTION AND TESTS ................................................................................ 27
5. WARRANTY ................................................................................................. 28
6. LIABILITY OF THE SUPPLIER ......................................................................... 28
SECTION V. SPECIAL CONDITIONS OF CONTRACT ............................................... 29
SECTION VI. SCHEDULE OF REQUIREMENTS ........................................................ 34
SECTION VII. TECHNICAL SPECIFICATIONS ......................................................... 39
SECTION VIII. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTSERROR! BOOKMAR
APPENDIX “1” .............................................................................................. 64
BID FORM FOR THE PROCUREMENT OF GOODS............................................... 64
BID FORM ..................................................................................................... 64
PRICE SCHEDULE FOR GOODS OFFERED FROM ABROAD ..................................... 67
FOR GOODS OFFERED FROM ABROAD ................................................................. 67
3
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
4
DTI – Department of Trade and Industry.
EXW – Ex works.
Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])
5
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])
Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019).
Supplier as used in these Bidding Documents may likewise refer to a distributor,
manufacturer, contractor, or consultant.
UN – United Nations.
6
SECTION I
INVITATION TO BID
Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:
a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of bids;
b. The place where the Bidding Documents may be acquired or the website where it may
be downloaded;
d. Any important bid evaluation criteria (e.g., the application of a margin of preference
in bid evaluation).
The IB should be incorporated in the Bidding Documents. The information contained in the
IB must conform to the Bidding Documents and in particular to the relevant information in
the Bid Data Sheet.
7|P age
Republic of the Philippines
Department of Health
BAGUIO GENERAL HOSPITAL AND MEDICAL CENTER
BIDS AND AWARDS COMMITTEE III
Telefax No.: (074) 619-1375 Email: bac3@bghmc.doh.gov.ph
INVITATION TO BID
IB No. 2023-033 BAC III
Early Procurement Activity of Various Laboratory Supplies and Reagents
for Clinical Chemistry and E.R. Laboratory for CY 2024
1. The Baguio General Hospital and Medical Center, through its GOP to apply the sum
of Sixty-Eight Million Four Hundred Thirty-Two Thousand Seven Hundred Fifty
Pesos (Php 68,432,750.00) being the ABC to payments under the contract for IB No.
2023-033. BAC III. Bids received in excess of the ABC shall be automatically
rejected at bid opening.
2. The Baguio General Hospital and Medical Center now invites bids for the above
Procurement Project. Delivery of the Goods is required as stated in the Delivery
Schedule. Bidders should have completed, within three (3) years from the date of
submission and receipt of bids, a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents, particularly, in Section II
(Instructions to Bidders).
3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing
Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
4. Prospective Bidders may obtain further information from BGHMC BAC III/
Procurement Management Office and inspect the Bidding Documents at the address
given below during office hours, 8:00 a.m. – 5:00 p.m. (Monday to Friday).
6. The Baguio General Hospital and Medical Center will hold a Pre-Bid Conference1 on
November 9, 2023, 9:30 a.m. at the Function Hall, 5th floor Psychiatry Building,
BGHMC, Baguio City.
7. Bids must be duly received by the BAC Secretariat through manual submission at the
office address or electronic submission as indicated below, on or before November
21, 2023, 8:45a.m. Philippine Standard Time (PST). Late bids shall not be
accepted.
For manual Submission: Procurement Management Office, 4th Floor, West-side, Psychiatry Building,
BGHMC.
Submission of electronic bids should be uploaded in the link provided in the bidding documents.
All electronic files/ folders shall be encrypted with a password.
The bidder should provide the password during the opening of bids. Failure to provide the
Password during bid opening shall be ground for disqualification.
8. All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.
1 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a
Pre-Bid Conference.
Republic of the Philippines
Department of Health
BAGUIO GENERAL HOSPITAL AND MEDICAL CENTER
BIDS AND AWARDS COMMITTEE III
Telefax No.: (074) 619-1375 Email: bac3@bghmc.doh.gov.ph
9. Bid opening shall be on November 21, 2023, 1:00 p.m. Function Hall, 5th floor
Psychiatry Building, BGHMC, Baguio City. Bids will be opened in the presence of
the bidders’ representatives who choose to attend the activity.
Meeting link:
https://baguiogen.webex.com/baguiogen/j.php?MTID=m8c6e85d15f0965c970526653a5d8d8dd
Meeting number: 2552 858 8507
Password: epa_lab2024
11. The Baguio General Hospital and Medical Center reserves the right to reject any and
all bids, declare a failure of bidding, or not award the contract at any time prior to
contract award in accordance with Sections 35.6 and 41 of the 2016 revised IRR of
RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.
EDISON S. MORALES
Head, BAC III Secretariat
Bids and Awards Committee (BAC) III Office/ Procurement Management Office (PMO)
4th Floor, West-side, Psychiatry Building, BGHMC, Governor Pack Road, Baguio
City
bac3@bghmc.doh.gov.ph / bghmcbac3@gmail.com
Tel Number.: 074-661-7896 local 5100
https://forms.gle/9YaZG1E5fvozhUtK8 / https://forms.gle/xw1mPTqXvfoxTBQZ6
[November 1, 2023]
SGD
ARMEN R. POSADAS, MD
BAC III Chairperson
Section II. Instructions to Bidders
Notes on the Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.
11
1. Scope of Bid
The Procuring Entity, Baguio General Hospital and Medical Center wishes to receive
Bids for the Early Procurement Activity of Various Laboratory Supplies and
Reagents for Clinical Chemistry and E.R. Laboratory for CY 2024, with
identification number 2023-033 BAC III.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for 2023 in the
amount of Sixty-Eight Million Four Hundred Thirty-Two Thousand Seven
Hundred Fifty Pesos. (Php 68,432,750.00).
a. GOP
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may affect
the cost, duration and execution or implementation of the contract, project, or work and
examine all instructions, forms, terms, and project requirements in the Bidding
Documents.
The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.
12
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
5.2. Foreign ownership limited to those allowed under the rules may participate in
this Project.
5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the
Bidder shall have an SLCC that is at least one (1) contract similar to the
Project the value of which, adjusted to current prices using the PSA’s CPI,
must be at least equivalent to:
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of
the 2016 IRR of RA No. 9184.
6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under ITB Clause 18.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by
the Procuring Entity as stated herein, but in no case more than twenty percent
(20%) of the Project.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address at the Function Hall, 5th floor
Psychiatry Building, BGHMC, Baguio City and/or through
videoconferencing/webcasting as indicated in paragraph 6 of the IB.
Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
13
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section VIII (Checklist of Technical and Financial
Documents).
10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been
completed within three (3) years prior to the deadline for the submission and
receipt of bids.
10.3. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. Similar to the required authentication above, for Contracting
Parties to the Apostille Convention, only the translated documents shall be
authenticated through an apostille pursuant to GPPB Resolution No. 13-2019
dated 23 May 2019. The English translation shall govern, for purposes of
interpretation of the bid.
11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial
Documents).
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
12.1. Prices indicated on the Price Schedule shall be entered separately in the
following manner:
ii. The cost of all customs duties and sales and other taxes already
paid or payable;
i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.
13.1. For Goods that the Bidder will supply from outside the Philippines, the bid
prices may be quoted in the local currency or tradeable currency accepted by
the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies, shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.
a. Philippine Pesos.
14.1. The Bidder shall submit a Bid Securing Declaration 2 or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.
2In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
15
14.2. The Bid and bid security shall be valid until March 20, 2024. Any Bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission or
any other electronic means, the Bidder shall submit an electronic copy of its Bid,
which must be digitally signed. An electronic copy that cannot be opened or is
corrupted shall be considered non-responsive and, thus, automatically disqualified.
16.1. The Bidders shall submit on the specified date and time and either at its
physical address or through online submission as indicated in paragraph 7 of
the IB.
17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.
16
18. Domestic Preference
18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RA No. 9184.
19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all
Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall
consider the conditions in the evaluation of Bids under Section 32.2 of the
2016 revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, bidders may submit a proposal on any of the
lots or items, and evaluation will be undertaken on a per lot or item basis, as
the case maybe. In this case, the Bid Security as required by ITB Clause 15
shall be submitted for each lot or item separately.
19.3. The descriptions of the lots or items shall be indicated in Section VII
(Technical Specifications), although the ABCs of these lots or items are
indicated in the BDS for purposes of the NFCC computation pursuant to
Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must be
sufficient for the total of the ABCs for all the lots or items participated in by
the prospective Bidder.
Option 1 - One Project having several items shall be awarded as one contract.
19.5. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of
RA No. 9184, which must be sufficient for the total of the ABCs for all the
lots or items participated in by the prospective Bidder. For bidders submitting
the committed Line of Credit, it must be at least equal to ten percent (10%) of
the ABCs for all the lots or items participated in by the prospective Bidder.
20. Post-Qualification
20.2. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated
Bid, the Bidder shall submit its latest income and business tax returns filed and
paid through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
17
21. Signing of the Contract
21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.
9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.
18
Section III. Bid Data Sheet
Notes on the Bid Data Sheet
The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.
This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
19
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:
b. Completed within three (3) years prior to the deadline for the submission and
receipt of bids.
7.1 Subcontracting is not allowed
12 The price of the Goods shall be quoted DDP [Baguio General Hospital and Medical
Center] or the applicable International Commercial Terms (INCOTERMS) for this
Project.
14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the
following forms and amounts:
a. The amount of not less than 2% of the ABC to be bid if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit; or
b. The amount of not less than 5% of the ABC to be bid if bid security is in Surety
Bond.
19.3 Unit
ABC
PROJECT DESCRIPTION Quantity (Unit ABC (Total)
Description
Cost)
LOT
CLINICAL CHEMISTRY
NO.
ROUTINE CHEMISTRY- POTENTIOMETRIC, TURBIDIMETRIC,
LOT.
COLORIMETRIC, FLOURESCENCE IMMUNOASSAY METHOD (REAGENT TIED-
1-A
UP)
1. Albumin Tests 6,600 50.00 330,000.00
2. Alkaline Phosphatase (ALP) Tests 3,600 55.00 198,000.00
3. Ammonia, serum Tests 500 120.00 60,000.00
4. Amylase Tests 3,600 55.00 198,000.00
Anti-Streptolysin O (ASO) Titer, Tests 1,300 350.00 455,000.00
5.
quantitative
6. Bilirubin, Total Tests 6,000 50.00 300,000.00
7. Bilirubin, Direct Tests 6,000 50.00 300,000.00
8. Blood Urea Nitrogen (BUN) Tests 48,000 50.00 2,400,000.00
9. Blood Uric Acid (BUA) Tests 14,400 50.00 720,000.00
10. Cholesterol, HDL Tests 15,600 85.00 1,326,000.00
11. Cholesterol, LDL direct measure Tests 15,600 70.00 1,092,000.00
12. Cholesterol, Total Tests 15,600 70.00 1,092,000.00
13. CKMB Tests 1,200 160.00 192,000.00
Hypersensitive C-reactive Protein Tests 8,400 110.00 924,000.00
14.
(Hs-CRP)
Creatinekinase/Creatinine Tests 2,400 110.00 264,000.00
15.
phosphokinase (CK/CPK Total)
16. Creatinine, serum Tests 48,000 55.00 2,640,000.00
Gamma Glutamyl Transferase Tests 2,400 120.00 288,000.00
17.
(GGT)
Glucose - for RBS, FBS, 2hr-Post Tests 15,600 70.00 1,092,000.00
18.
Prandial Glucose
20
19. Serum Iron Tests 2,400 100.00 240,000.00
20. Lactate Dehydrogenase (LDH) Tests 6,000 100.00 600,000.00
21. Lipase Tests 6,000 120.00 720,000.00
Rheumatoid Factor (RF), Tests 1,200 120.00 144,000.00
22.
quantitative
23. Serum Electrolytes:
a. Na/K/Cl (combo) Tests 48,000 120.00 5,760,000.00
b. Calcium, Total Tests 6,000 85.00 510,000.00
c. Magnesium Tests 17,280 85.00 1,468,800.00
d. Phosphorus Tests 9,600 90.00 864,000.00
24. SGOT/AST Tests 21,600 70.00 1,512,000.00
25. SGPT/ALT Tests 24,000 70.00 1,680,000.00
Total Iron Binding Capacity Tests 2,400 70.00 168,000.00
26.
(TIBC)
27. Total Protein Tests 2,400 70.00 168,000.00
28. Triglyceride Tests 15,600 85.00 1,326,000.00
29. Tests for Urine - random/24hrs:
Sodium/Potassium/Chloride( Tests 100 120.00 12,000.00
a.
Na/K/Cl )
b. Protein Tests 100 65.00 6,500.00
c. Calcium Tests 100 80.00 8,000.00
d. Magnesium Tests 100 80.00 8,000.00
e. Uric Acid Tests 100 40.00 4,000.00
f. Creatinine Tests 300 50.00 15,000.00
g. Amylase Tests 100 50.00 5,000.00
h. Phosphorus Tests 100 85.00 8,500.00
30. Test for CSF:
a. CSF Glucose Tests 100 70.00 7,000.00
b. CSF Protein Tests 3,600 85.00 306,000.00
Fluid Analysis (Pleural, Ascitic,
31.
Pericardial, Peritoneal, Amniotic)
a. Glucose Tests 100 65.00 6,500.00
b. Total Protein Tests 100 65.00 6,500.00
32. Fluid LDH for the following:
CSF, Pleural, Ascitic, Pericardial, Tests 100 80.00 8,000.00
Peritoneal, Amniotic
33. Pro-BNP Tests 1,200 250.00 300,000.00
34. Complement Component 3 (C3) Tests 600 350.00 210,000.00
35. Complement Component 4 (C4) Tests 600 350.00 210,000.00
36. Troponin I, quantitative Tests 4,800 250.00 1,200,000.00
TOTAL 31,352,800.00
LOT.
SPECIAL CHEMISTRY (Reagents tied - up with fully automated machine)
I-B
1. Acid Phosphatase (ACP) tests 100 120.00 12,000.00
2. Bicarbonate, serum tests 100 160.00 16,000.00
3. Plasma/RBC Cholinesterase tests 100 110.00 11,000.00
4. Lactate, serum tests 100 160.00 16,000.00
5. Microalbumin tests 100 120.00 12,000.00
6. Vitamin D tests 600 195.00 117,000.00
Therapeutic Drug Monitoring/Drug
7.
of Abuse, quantitative assay.
a. Carbamazipine tests 100 200.00 20,000.00
b. Digoxin tests 100 250.00 25,000.00
c. Ethyl Alcohol (ethanol) level tests 100 80.00 8,000.00
21
d. Valproic acid tests 100 250.00 25,000.00
e. Methamphetamine level tests 100 250.00 25,000.00
f. Cannabinoids level tests 100 250.00 25,000.00
g. Paracetamol tests 100 200.00 20,000.00
h. Salicylates tests 100 200.00 20,000.00
i. Isoniazid tests 100 200.00 20,000.00
TDM for Transplanted Organs
8.
(Kidneys, Liver)
a. Cyclosporin tests 1,200 300.00 360,000.00
b. Sirolimus tests 1,200 300.00 360,000.00
c. Tacrolimus tests 1,200 300.00 360,000.00
TOTAL 1,452,000.00
LOT IMMUNOCHEMISTRY. Method: IMMUNOCHEMILUMINECESNCE
I-C (REAGENTS TIED - UP WITH FULLY AUTOMATED MACHINE)
1. AFP Tests 3,600 140.00 504,000.00
2. ACTH Tests 1,200 300.00 360,000.00
3. Beta HCG, total Tests 3,600 250.00 900,000.00
4. CA125 Tests 3,600 300.00 1,080,000.00
5. CA 153 Tests 2,400 300.00 720,000.00
6. CA 19-9 Tests 2,400 300.00 720,000.00
7. CEA Tests 4,800 250.00 1,200,000.00
8. Cortisol Tests 1,200 330.00 396,000.00
9. Erythropoietin, serum Tests 600 450.00 270,000.00
10. Estradiol Tests 600 400.00 240,000.00
11. Ferritin Tests 8,400 350.00 2,940,000.00
12. Folic acid Tests 300 250.00 75,000.00
13. Free T3 Tests 4,800 180.00 864,000.00
14. Free T4 Tests 9,600 200.00 1,920,000.00
Follicle Stimulating Hormone Tests 1,200 400.00 480,000.00
15.
(FSH)
16. Hydroxyprogesterone (17-OHP) Tests 300 400.00 120,000.00
17. Insulin Tests 600 350.00 210,000.00
18. Luteinizing Hormone (LH) Tests 1,200 380.00 456,000.00
19. PSA, free Tests 2,400 200.00 480,000.00
20. PSA, total Tests 3,600 250.00 900,000.00
Parathyroid Hormone (PTH), Intact Tests 1,200 400.00 480,000.00
21.
PTH
22. Procalcitonin Tests 9,600 400.00 3,840,000.00
23. Progesterone Tests 400 400.00 160,000.00
24. Prolactin Tests 600 400.00 240,000.00
25. Testosterone Tests 400 400.00 160,000.00
26. Total T3 Tests 1,200 100.00 120,000.00
27. Total T4 Tests 1,200 100.00 120,000.00
28. TSH Tests 9,600 200.00 1,920,000.00
29. Serum Thyroglobulin Tests 600 400.00 240,000.00
30. Vitamin B12 Tests 200 350.00 70,000.00
31. Vitamin D 25 hydroxy Tests 200 350.00 70,000.00
TOTAL 22,255,000.00
LOT IMMUNOCHEMISTRY. Method: IMMUNOCHEMILUMINECESNCE
I-C. (REAGENTS TIED - UP WITH FULLY AUTOMATED MACHINE)
Na/K/Cl/ Ionized Calcium/ Total Set/
18,000 45.00 810,000.00
Calcium combo
TOTAL 810,000.00
LOT GLYCOSYLATED HEMOGLOBIN (Hba1c), High Performance Liquid Chromatography
22
I-D. (Reagents tied -up with fully automated machine)
Glycosylated Hemoglobin (Hba1c) Test 14,400 250.00 3,600,000.00
reagent pack
TOTAL 3,600,000.00
LOT QUALITY CONTROL - Third Party Controls compatible with routine and
I-F. immunochemistry fully automated analyzers
Diabetes Control Level 1 and 2, Pack 4 15,000.00 60,000.00
1. 0.5ml/6 vials per pack, lyophilized,
3 vials per level
2. Tumor Marker Plus Control
Level I - packs of 6vials x 2 ml, Pack 5 36,000.00 180,000.00
2.a
lyophilized
Level II - packs of 6vials x 2 ml , Pack 5 36,000.00 180,000.00
2.b
lyophilized
Level III - packs of 6vials x 2 ml, Pack 5 36,000.00 180,000.00
2.c
lyophilized
Cardiac Marker Plus Control Level Pack 10 28,000.00 280,000.00
3. 1,2 and 3; 6x3ml per pack, 2 vials
per level, liquid
Immunoassay Plus Control Level Pack 12 36,000.00 432,000.00
4. 1,2 and 3;12x5ml per pack, 4 vials
per level, lyophilized
Immunology Plus Control Level 1 Pack 4 25,000.00 100,000.00
5. and 2, 12x1ml/pack, 6 vials per
level, lyophilized
Assayed Chemistry Control for Pack 6 15,000.00 90,000.00
6. routine chemistry; Level 1; 12x5ml
per pack, lyophilized
Assayed Chemistry Control for Pack 6 15,000.00 90,000.00
7. routine chemistry; Level 2; 12x5ml
per pack, lyophilized
Urine Chemistry Control, liquid Pack 1 28,000.00 28,000.00
8. Level 1; 12x10ml per pack
E.R. LABORATORY
LOT
II-A.
Reagents tied -up fully automated wet chemistry machine analyzers
1. Albumin Test 3,924 50.00 196,200.00
2. Amylase Test 3,600 90.00 324,000.00
3. AST/SGOT Test 9,000 65.00 585,000.00
4. ALT/SGPT Test 9,000 65.00 585,000.00
5. Bilirubin, Total Test 2,400 60.00 144,000.00
6. Bilirubin, Direct Test 2,400 60.00 144,000.00
7. Blood Urea Nitrogen (BUN) Test 10,560 50.00 528,000.00
8. Blood Uric Acid (BUA) Test 3,960 60.00 237,600.00
9. Creatinine, serum Test 17,280 55.00 950,400.00
G6PD Confirmatory Testing Test 840 300.00 252,000.00
10.
Reagent
11. Glucose, blood Test 2,655 50.00 132,750.00
12. Lipase Test 3,600 100.00 360,000.00
23
13. Serum Electrolytes:
a. Calcium, Total Test 2,000 85.00 170,000.00
b. Magnesium Test 6,000 85.00 510,000.00
c. Phosphorus Test 2,400 85.00 204,000.00
14. LDH Test 625 130.00 81,250.00
15. CRP Test 1,000 162.50 162,500.00
16. CK-MB Test 625 130.00 81,250.00
TOTAL 5,647,950.00
LOT SERUM ELECTROLYTES DIRECT ISE, MACHINE TIE-UP
II-B.
Na/K/Cl/ Ionized Calcium Set/ 18,600 50.00 930,000.00
combo
TOTAL 930,000.00
LINE CLINICAL CHEMISTRY
NO.
Amber Pediatric Collection tube Pack 46 500.00 23,000.00
1. with Gel and Clot Activator, 200-
500ul, pack of 100 pcs
Sealing Film - polyolefins and Roll 5 2,500.00 12,500.00
paraffin waxes, resistant up to 48
hours against many polar
2. substances like saline solutions,
inorganic acids and alkaline
solutions. Size: at least 4in x 125ft
per roll
Anhydrous Glucose, 75 gms for Piece 450 150.00 67,500.00
3.
OGTT, flavored, with valid CPR
E.R. LABORATORY
20.2 For purposes of Post-Qualification, the following document(s) shall be required. Within
a non-extendible period of five (5) calendar days from receipt by the bidder of the notice
from the BAC that it submitted the Lowest Calculated Bid (LCB), the Bidder shall submit
the following documentary requirements:
1.Latest Income and Business Tax returns filed and paid through the BIR Electronic
Filing and Payment System (eFPS)
2. License to Operate (LTO) if applicable.
3. FDA Certificates (CPR/CMDN and CMDR whichever is applicable)
4. Warranty Certificate, if applicable;
5. Brochure (original or internet download), Technical Data Sheet and/or equivalent
document of the product being offered showing compliance with the technical
specifications: (If not in English, please refer to Clause 11 of the Instruction to Bidders);
6. To conduct Product Demonstration within 5 calendar days upon notice of Post-
Qualification (if required).
Failure to submit any of the post-qualification requirements on time, or finding
24
against the veracity thereof, shall disqualify the bidder for award. Provided in the
event that a finding against the veracity of any of the documents submitted is made, it
shall cause the forfeiture of the bid security in accordance with Section 69 of the IRR
of RA 9184.
21.2 Not Applicable
25
Section IV. General Conditions of Contract
Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.
26
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.
Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).
2.1. Advance payment of the contract amount is provided under Annex “D” of the
revised 2016 IRR of RA No. 9184.
2.2. The Procuring Entity is allowed to determine the terms of payment on the
partial or staggered delivery of the Goods procured, provided such partial
payment shall correspond to the value of the goods delivered and accepted in
accordance with prevailing accounting and auditing rules and regulations. The
terms of payment are indicated in the SCC.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than prior to the signing of the Contract by
both parties, the successful Bidder shall furnish the performance security in any of the
forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.
All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.
27
5. Warranty
6.2. The Procuring Entity shall promptly notify the Supplier in writing of any
claims arising under this warranty. Upon receipt of such notice, the Supplier
shall, repair or replace the defective Goods or parts thereof without cost to the
Procuring Entity, pursuant to the Generic Procurement Manual.
The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
28
Section V. Special Conditions of Contract
Notes on the Special Conditions of Contract
Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Goods purchased. In preparing this Section, the
following aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.
29
Special Conditions of Contract
GCC
Clause
1 Delivery and Documents –
For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”
and other trade terms used to describe the obligations of the parties shall have
the meanings assigned to them by the current edition of INCOTERMS published
by the International Chamber of Commerce, Paris. The Delivery terms of this
Contract shall be as follows:
[For Goods supplied from abroad, state:] “The delivery terms applicable to the
Contract are DDP delivered [indicate place of destination]. In accordance with
INCOTERMS.”
[For Goods supplied from within the Philippines, state:] “The delivery terms
applicable to this Contract are delivered [indicate place of destination]. Risk
and title will pass from the Supplier to the Procuring Entity upon receipt and
final acceptance of the Goods at their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified in Section VI (Schedule of Requirements).
For purposes of this Clause the Procuring Entity’s Representative at the Project
Site is:
1.ARLENE BONNIE B. ASANION, MD (Head, Department of Pathology)
Incidental Services –
30
f. [Specify additional incidental service requirements, as needed.]
The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.
Spare Parts –
a. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and
The spare parts and other components required are listed in Section VI
(Schedule of Requirements) and the costs thereof are included in the contract
price.
Packaging –
The Supplier shall provide such packaging of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as indicated
in this Contract. The packaging shall be sufficient to withstand, without
limitation, rough handling during transit and exposure to extreme temperatures,
salt and precipitation during transit, and open storage. Packaging case size and
weights shall take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities at all points
in transit.
31
The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any, specified
below, and in any subsequent instructions ordered by the Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or
DDP, transport of the Goods to the port of destination or such other named place
of destination in the Philippines, as shall be specified in this Contract, shall be
arranged and paid for by the Supplier, and the cost thereof shall be included in
the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project Site,
transport to such place of destination in the Philippines, including insurance and
storage, as shall be specified in this Contract, shall be arranged by the Supplier,
and related costs shall be included in the contract price.
Where the Supplier is required under Contract to deliver the Goods CIF, CIP or
DDP, Goods are to be transported on carriers of Philippine registry. In the event
that no carrier of Philippine registry is available, Goods may be shipped by a
carrier which is not of Philippine registry provided that the Supplier obtains and
presents to the Procuring Entity certification to this effect from the nearest
Philippine consulate to the port of dispatch. In the event that carriers of
Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.
The Procuring Entity accepts no liability for the damage of Goods during transit
other than those prescribed by INCOTERMS for DDP deliveries. In the case of
Goods supplied from within the Philippines or supplied by domestic Suppliers
risk and title will not be deemed to have passed to the Procuring Entity until
their receipt and final acceptance at the final destination.
32
Intellectual Property Rights –
The Supplier shall indemnify the Procuring Entity against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use
of the Goods or any part thereof.
4 The inspections and tests that will be conducted are: Product Demonstration/
Sample
33
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
is the date of delivery to the project site.
ABC Delivered,
Unit
PROJECT DESCRIPTION Quantity (Unit ABC (Total) Weeks/
Description
Cost) Months
LOT
CLINICAL CHEMISTRY
NO.
ROUTINE CHEMISTRY- POTENTIOMETRIC, TURBIDIMETRIC, As stated in
LOT.
COLORIMETRIC, FLOURESCENCE IMMUNOASSAY METHOD (REAGENT the Delivery
1-A
TIED-UP) Schedule
Albumin Tests 6,600 50.00 330,000.00
Alkaline Phosphatase (ALP) Tests 3,600 55.00 198,000.00
Ammonia, serum Tests 500 120.00 60,000.00
Amylase Tests 3,600 55.00 198,000.00
Anti-Streptolysin O (ASO) Tests 1,300 350.00 455,000.00
Titer, quantitative
Bilirubin, Total Tests 6,000 50.00 300,000.00
Bilirubin, Direct Tests 6,000 50.00 300,000.00
Blood Urea Nitrogen (BUN) Tests 48,000 50.00 2,400,000.00
Blood Uric Acid (BUA) Tests 14,400 50.00 720,000.00
Cholesterol, HDL Tests 15,600 85.00 1,326,000.00
Cholesterol, LDL direct Tests 15,600 70.00 1,092,000.00
measure
Cholesterol, Total Tests 15,600 70.00 1,092,000.00
CKMB Tests 1,200 160.00 192,000.00
Hypersensitive C-reactive Tests 8,400 110.00 924,000.00
Protein (Hs-CRP)
Creatinekinase/Creatinine Tests 2,400 110.00 264,000.00
phosphokinase (CK/CPK
Total)
37. Creatinine, serum Tests 48,000 55.00 2,640,000.00
Gamma Glutamyl Transferase Tests 2,400 120.00 288,000.00
38.
(GGT)
Glucose - for RBS, FBS, 2hr- Tests 15,600 70.00 1,092,000.00
39.
Post Prandial Glucose
40. Serum Iron Tests 2,400 100.00 240,000.00
41. Lactate Dehydrogenase (LDH) Tests 6,000 100.00 600,000.00
42. Lipase Tests 6,000 120.00 720,000.00
Rheumatoid Factor (RF), Tests 1,200 120.00 144,000.00
43.
quantitative
44. Serum Electrolytes:
e. Na/K/Cl (combo) Tests 48,000 120.00 5,760,000.00
f. Calcium, Total Tests 6,000 85.00 510,000.00
g. Magnesium Tests 17,280 85.00 1,468,800.00
h. Phosphorus Tests 9,600 90.00 864,000.00
45. SGOT/AST Tests 21,600 70.00 1,512,000.00
46. SGPT/ALT Tests 24,000 70.00 1,680,000.00
Total Iron Binding Capacity Tests 2,400 70.00 168,000.00
47.
(TIBC)
48. Total Protein Tests 2,400 70.00 168,000.00
34
49. Triglyceride Tests 15,600 85.00 1,326,000.00
Tests for Urine -
50.
random/24hrs:
Sodium/Potassium/Chloride( Tests 100 120.00 12,000.00
i.
Na/K/Cl )
j. Protein Tests 100 65.00 6,500.00
k. Calcium Tests 100 80.00 8,000.00
l. Magnesium Tests 100 80.00 8,000.00
m. Uric Acid Tests 100 40.00 4,000.00
n. Creatinine Tests 300 50.00 15,000.00
o. Amylase Tests 100 50.00 5,000.00
p. Phosphorus Tests 100 85.00 8,500.00
51. Test for CSF:
c. CSF Glucose Tests 100 70.00 7,000.00
d. CSF Protein Tests 3,600 85.00 306,000.00
Fluid Analysis (Pleural,
52. Ascitic, Pericardial, Peritoneal,
Amniotic)
c. Glucose Tests 100 65.00 6,500.00
d. Total Protein Tests 100 65.00 6,500.00
53. Fluid LDH for the following:
CSF, Pleural, Ascitic, Tests 100 80.00 8,000.00
Pericardial, Peritoneal,
Amniotic
54. Pro-BNP Tests 1,200 250.00 300,000.00
Complement Component 3 Tests 600 350.00 210,000.00
55.
(C3)
Complement Component 4 Tests 600 350.00 210,000.00
56.
(C4)
57. Troponin I, quantitative Tests 4,800 250.00 1,200,000.00
TOTAL 31,352,800.00
As stated in
LOT.I-
SPECIAL CHEMISTRY (Reagents tied - up with fully automated machine) the Delivery
B
Schedule
9. Acid Phosphatase (ACP) tests 100 120.00 12,000.00
10. Bicarbonate, serum tests 100 160.00 16,000.00
11. Plasma/RBC Cholinesterase tests 100 110.00 11,000.00
12. Lactate, serum tests 100 160.00 16,000.00
13. Microalbumin tests 100 120.00 12,000.00
14. Vitamin D tests 600 195.00 117,000.00
Therapeutic Drug
15. Monitoring/Drug of Abuse,
quantitative assay.
j. Carbamazipine tests 100 200.00 20,000.00
k. Digoxin tests 100 250.00 25,000.00
l. Ethyl Alcohol (ethanol) level tests 100 80.00 8,000.00
m. Valproic acid tests 100 250.00 25,000.00
n. Methamphetamine level tests 100 250.00 25,000.00
o. Cannabinoids level tests 100 250.00 25,000.00
p. Paracetamol tests 100 200.00 20,000.00
q. Salicylates tests 100 200.00 20,000.00
r. Isoniazid tests 100 200.00 20,000.00
TDM for Transplanted Organs
16.
(Kidneys, Liver)
35
d. Cyclosporin tests 1,200 300.00 360,000.00
e. Sirolimus tests 1,200 300.00 360,000.00
f. Tacrolimus tests 1,200 300.00 360,000.00
TOTAL 1,452,000.00
As stated in
LOT I- IMMUNOCHEMISTRY. Method: IMMUNOCHEMILUMINECESNCE
the Delivery
C (REAGENTS TIED - UP WITH FULLY AUTOMATED MACHINE)
Schedule
32. AFP Tests 3,600 140.00 504,000.00
33. ACTH Tests 1,200 300.00 360,000.00
34. Beta HCG, total Tests 3,600 250.00 900,000.00
35. CA125 Tests 3,600 300.00 1,080,000.00
36. CA 153 Tests 2,400 300.00 720,000.00
37. CA 19-9 Tests 2,400 300.00 720,000.00
38. CEA Tests 4,800 250.00 1,200,000.00
39. Cortisol Tests 1,200 330.00 396,000.00
40. Erythropoietin, serum Tests 600 450.00 270,000.00
41. Estradiol Tests 600 400.00 240,000.00
42. Ferritin Tests 8,400 350.00 2,940,000.00
43. Folic acid Tests 300 250.00 75,000.00
44. Free T3 Tests 4,800 180.00 864,000.00
45. Free T4 Tests 9,600 200.00 1,920,000.00
Follicle Stimulating Hormone Tests 1,200 400.00 480,000.00
46.
(FSH)
Hydroxyprogesterone (17- Tests 300 400.00 120,000.00
47.
OHP)
48. Insulin Tests 600 350.00 210,000.00
49. Luteinizing Hormone (LH) Tests 1,200 380.00 456,000.00
50. PSA, free Tests 2,400 200.00 480,000.00
51. PSA, total Tests 3,600 250.00 900,000.00
Parathyroid Hormone (PTH), Tests 1,200 400.00 480,000.00
52.
Intact PTH
53. Procalcitonin Tests 9,600 400.00 3,840,000.00
54. Progesterone Tests 400 400.00 160,000.00
55. Prolactin Tests 600 400.00 240,000.00
56. Testosterone Tests 400 400.00 160,000.00
57. Total T3 Tests 1,200 100.00 120,000.00
58. Total T4 Tests 1,200 100.00 120,000.00
59. TSH Tests 9,600 200.00 1,920,000.00
60. Serum Thyroglobulin Tests 600 400.00 240,000.00
61. Vitamin B12 Tests 200 350.00 70,000.00
62. Vitamin D 25 hydroxy Tests 200 350.00 70,000.00
TOTAL 22,255,000.00
As stated in
LOT I- IMMUNOCHEMISTRY. Method: IMMUNOCHEMILUMINECESNCE
the Delivery
C. (REAGENTS TIED - UP WITH FULLY AUTOMATED MACHINE)
Schedule
Na/K/Cl/ Ionized Calcium/ Set/
18,000 45.00 810,000.00
Total Calcium combo
TOTAL 810,000.00
As stated in
LOT I- GLYCOSYLATED HEMOGLOBIN (Hba1c), High Performance Liquid
the Delivery
D. Chromatography (Reagents tied -up with fully automated machine)
Schedule
Glycosylated Hemoglobin Test 14,400 250.00 3,600,000.00
(Hba1c) reagent pack
TOTAL 3,600,000.00
LOT I- QUALITY CONTROL - Third Party Controls compatible with routine and
36
F. immunochemistry fully automated analyzers
Diabetes Control Level 1 and Pack 4 15,000.00 60,000.00
10. 2, 0.5ml/6 vials per pack,
lyophilized, 3 vials per level
11. Tumor Marker Plus Control
Level I - packs of 6vials x 2 Pack 5 36,000.00 180,000.00
2.a
ml, lyophilized
Level II - packs of 6vials x 2 Pack 5 36,000.00 180,000.00
2.b
ml , lyophilized
Level III - packs of 6vials x 2 Pack 5 36,000.00 180,000.00
2.c
ml, lyophilized
Cardiac Marker Plus Control Pack 10 28,000.00 280,000.00
12. Level 1,2 and 3; 6x3ml per
pack, 2 vials per level, liquid
Immunoassay Plus Control Pack 12 36,000.00 432,000.00
Level 1,2 and 3;12x5ml per
13.
pack, 4 vials per level,
lyophilized
Immunology Plus Control Pack 4 25,000.00 100,000.00
14. Level 1 and 2, 12x1ml/pack, 6
vials per level, lyophilized
Assayed Chemistry Control for Pack 6 15,000.00 90,000.00
15. routine chemistry; Level 1;
12x5ml per pack, lyophilized
Assayed Chemistry Control for Pack 6 15,000.00 90,000.00
16. routine chemistry; Level 2;
12x5ml per pack, lyophilized
Urine Chemistry Control, Pack 1 28,000.00 28,000.00
17. liquid Level 1; 12x10ml per
pack
Urine Chemistry Control, Pack 1 28,000.00 28,000.00
18. liquid, Level 2; 12 x 10ml per
vial
TOTAL 1,648,000.00
E.R. LABORATORY
As stated in
LOT
II-A.
Reagents tied -up fully automated wet chemistry machine analyzers the Delivery
Schedule
17. Albumin Test 3,924 50.00 196,200.00
18. Amylase Test 3,600 90.00 324,000.00
19. AST/SGOT Test 9,000 65.00 585,000.00
20. ALT/SGPT Test 9,000 65.00 585,000.00
21. Bilirubin, Total Test 2,400 60.00 144,000.00
22. Bilirubin, Direct Test 2,400 60.00 144,000.00
23. Blood Urea Nitrogen (BUN) Test 10,560 50.00 528,000.00
24. Blood Uric Acid (BUA) Test 3,960 60.00 237,600.00
25. Creatinine, serum Test 17,280 55.00 950,400.00
G6PD Confirmatory Testing Test 840 300.00 252,000.00
26.
Reagent
27. Glucose, blood Test 2,655 50.00 132,750.00
28. Lipase Test 3,600 100.00 360,000.00
29. Serum Electrolytes:
d. Calcium, Total Test 2,000 85.00 170,000.00
37
e. Magnesium Test 6,000 85.00 510,000.00
f. Phosphorus Test 2,400 85.00 204,000.00
30. LDH Test 625 130.00 81,250.00
31. CRP Test 1,000 162.50 162,500.00
32. CK-MB Test 625 130.00 81,250.00
TOTAL 5,647,950.00
As stated in
LOT SERUM ELECTROLYTES DIRECT ISE, MACHINE TIE-UP the Delivery
II-B.
Schedule
Na/K/Cl/ Ionized Calcium Set/ 18,600 50.00 930,000.00
combo
TOTAL 930,000.00
LINE CLINICAL CHEMISTRY
NO.
Amber Pediatric Collection Pack 46 500.00 23,000.00 As stated in
tube with Gel and Clot the Delivery
1.
Activator, 200-500ul, pack of Schedule
100 pcs
Sealing Film - polyolefins and Roll 5 2,500.00 12,500.00 As stated in
paraffin waxes, resistant up to the Delivery
48 hours against many polar Schedule
2. substances like saline
solutions, inorganic acids and
alkaline solutions. Size: at
least 4in x 125ft per roll
Anhydrous Glucose, 75 gms Piece 450 150.00 67,500.00 As stated in
3. for OGTT, flavored, with valid the Delivery
CPR Schedule
E.R. LABORATORY
______________________
Name of Company/ Bidder
__________________________
Signature over Printed Name of
Representative
38
Section VII. Technical Specifications
Notes for Preparing the Technical Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying their
Bids. In the context of Competitive Bidding, the specifications (e.g. production/delivery
schedule, manpower requirements, and after-sales service/parts, descriptions of the lots or
items) must be prepared to permit the widest possible competition and, at the same time,
present a clear statement of the required standards of workmanship, materials, and
performance of the goods and services to be procured. Only if this is done will the
objectives of transparency, equity, efficiency, fairness, and economy in procurement be
realized, responsiveness of bids be ensured, and the subsequent task of bid evaluation and
post-qualification facilitated. The specifications should require that all items, materials
and accessories to be included or incorporated in the goods be new, unused, and of the
most recent or current models, and that they include or incorporate all recent improvements
in design and materials unless otherwise provided in the Contract.
Samples of specifications from previous similar procurements are useful in this respect.
The use of metric units is encouraged. Depending on the complexity of the goods and the
repetitiveness of the type of procurement, it may be advantageous to standardize the
General Technical Specifications and incorporate them in a separate subsection. The
General Technical Specifications should cover all classes of workmanship, materials, and
equipment commonly involved in manufacturing similar goods. Deletions or addenda
should then adapt the General Technical Specifications to the particular procurement.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for equipment, materials, and workmanship, recognized
Philippine and international standards should be used as much as possible. Where other
particular standards are used, whether national standards or other standards, the
specifications should state that equipment, materials, and workmanship that meet other
authoritative standards, and which ensure at least a substantially equal quality than the
standards mentioned, will also be acceptable. The following clause may be inserted in the
Special Conditions of Contract or the Technical Specifications.
Wherever reference is made in the Technical Specifications to specific standards and codes
to be met by the goods and materials to be furnished or tested, the provisions of the latest
edition or revision of the relevant standards and codes shall apply, unless otherwise
expressly stated in the Contract. Where such standards and codes are national or relate to a
particular country or region, other authoritative standards that ensure substantial
equivalence to the standards and codes specified will be acceptable.
Reference to brand name and catalogue number should be avoided as far as possible;
where unavoidable they should always be followed by the words “or at least equivalent.”
References to brand names cannot be used when the funding source is the GOP.
39
Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
provide drawings or samples either with its Bid or for prior review by the Procuring Entity
during contract execution.
Bidders are also required, as part of the technical specifications, to complete their
statement of compliance demonstrating how the items comply with the specification.
40
Technical Specifications
Item Specification Statement of Compliance
41
A. GENERAL TERMS AND CONDITIONS STATEMENT
(FOR LOT AND LINE ITEMS): OF
COMPLIANCE
1. The winning bidder must meet all requirements and
specifications stated in the bidding documents.
2. Deliveries shall be transacted during office hours, from 8AM
to 5PM, Mondays to Fridays except Holidays.
3. All supplies and reagents must be delivered as stated in the
Delivery Schedule.
4. All necessary service concerns must be acknowledged and
addressed within 24 hours, including weekends and holidays,
after concern has been conveyed through personal calls, text
messages or written notices and duly acknowledged by the
supplier. Service Reports to be furnished to the end-user.
5. "OR ITS EQUIVALENT" stated in the specifications of
machines and items means the same as to purpose, volume or
number of tests.
42
included in the post qualification evaluation report.
43
- The results of the evaluation shall be indicated in the post-
qualification report for both in-house and site visit evaluation.
3. Maintain or provide the following items to BGHMC at no
cost, which shall be returned to the winning bidder at the end
of the contract:
-A functional UPS, AVR
-Computer Set
-Continuous ink flow printer
4. Install, validate, and submit validation reports for both the
main and back-up machines within 7 working days upon
complete installation. All reagents, controls, and consumables
needed in the validation shall be shouldered by the winning
bidder.
5. Be responsible for the following, in coordination with the end
user and the Engineering and Facilities Management Office-
EFMO, at no cost to BGHMC:
-The arrangement of space/section for the machine
-The preparation and provision of electrical outlets, circuit
breakers and electrical wirings needed for the machine.
-Provision of Computer/working tables, etc.
6. Conduct training of end user/s in the operation of the installed
machine and provide training certificates.
7. Have received a marginal to satisfactory evaluation rating
from MMO for the immediately preceding year. A certificate
of evaluation, or its equivalent, shall be provided.
44
4. Install, validate, and submit validation reports for both the
main and back-up machines within 7 working days upon
complete installation. All reagents, controls, and consumables
needed in the validation shall be shouldered by the winning
bidder.
5. Be responsible for the following, in coordination with the end
user and the Engineering and Facilities Management Office-
EFMO, at no cost to BGHMC:
-The arrangement of space/section for the machine
-The preparation and provision of electrical outlets, circuit
breakers and electrical wirings needed for the machine.
-Provision of Computer/working tables, etc.
6. Conduct training of end user/s in the operation of the installed
machine and provide training certificates.
7. Have at least a marginal or satisfactory rating, or its
equivalent, for the preceding 2 years from other laboratories.
A certificate of evaluation, or its equivalent, shall be provided.
45
General Description Total ABC Statement
(PhP) of
Compliance
LOT ITEMS
CLINICAL CHEMISTRY
2. The end-user must not be exposed to or have direct contact with the
machine’s liquid waste.
• The water filter must be replaced every two (2) weeks, with
proof of delivery/replacement.
46
C. PROVISIONS:
E. REAGENTS:
47
4. Amylase Tests 3,600 55.00 198,000.00
18. Glucose - for RBS, FBS, 2hr-Post Tests 15,600 70.00 1,092,000.00
Prandial Glucose
48
d. Phosphorus Tests 9,600 90.00 864,000.00
26. Total Iron Binding Capacity (TIBC) Tests 2,400 70.00 168,000.00
49
34. Complement Component 3 (C3) Tests 600 350.00 210,000.00
CONSUMABLES:
A. TECHNICAL SPECIFICATIONS:
2. Machine must have a throughput of at least 200 test per hour; bar
coded reagent and sample loading and does not require manual
reagent preparation
B. PROVISIONS:
50
to return Certificate/Guarantee Letter must be submitted during
delivery of reagents.
D. REAGENTS:
51
c. Tacrolimus tests 1,200 300.00 360,000.00
A. TECHNICAL SPECIFICATIONS:
2. Machine must have a throughput of 180 to 400 tests per hour; bar-
coded reagent and sample loading and does not require manual
reagent preparation. Must have at least 25 reagent compartments.
B. PROVISIONS:
1. Provide Refrigerator
52
laboratory will send all requests for the aforementioned tests to a
certified laboratory within Baguio City, with existing MOA with
BGHMC laboratory. All expenditures will be accounted for and
attended to by the supplier.
D. REAGENTS:
53
22. Procalcitonin Tests 9,600 400.00 3,840,000.00
CONSUMABLES:
54
-To be delivered along with the main machine.
B. REAGENT:
2. Processing Speed:
Variant Mode must be 80-100 seconds per sample;
Fast Mode must be 45 to 50 seconds per sample
4. Results from the machine must be shown on both IFCC and NGSP
units.
B. REAGENT:
CONSUMABLES:
55
I-F. QUALITY CONTROL - Third Party Controls compatible with 1,648,000.00
routine and immunochemistry fully automated analyzers
56
E.R. LABORATORY
II-A. Reagents tied -up fully automated wet chemistry machine 5,647,950.00
analyzers
2. Machines must have a throughput of at least 400 test per hour, bar
coded reagent and sample loading and does not require manual
reagent preparation.
57
10. MMonthly preventive maintenance and semi-annual calibration, with
ocertificate.
B. REAGENTS:
CONSUMABLES:
58
G6PD.
2. Distilled water
A. TECHNICAL SPECIFICATIONS:
B. REAGENT:
CONSUMABLES:
59
Unit Unit Statement
Qty/ Total ABC
General Description of Price of
Size (PhP)
Issue (PhP) Compliance
LINE ITEMS
CLINICAL CHEMISTRY
E.R. LABORATORY
60
maintenance.
______________________
Name of Company/ Bidder
__________________________
Signature over Printed Name of
Representative
61
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Financial Documents
⬜ (g) The prospective bidder’s computation of Net Financial Contracting
Capacity (NFCC);
or
A committed Line of Credit from a Universal or Commercial Bank in lieu
of its NFCC computation.
62
government procurement activities for the same item or product.
⬜ (j) Certification from the DTI if the Bidder claims preference as a Domestic
Bidder or Domestic Entity.
63
APPENDIX “1”
BID FORM
Date: _________________
Project Identification No.: 2023-033 BAC III
b. to provide a performance security in the form, amounts, and within the times prescribed in the
PBDs;
c. to abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon us
at any time before the expiration of that period.
Name and address Amount and Purpose of of agent Currency Commission or gratuity
________________________________________________
________________________________________________
________________________________________________
(if none, state “None”) ]
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
64
We understand that you are not bound to accept the Lowest Calculated Bid or any Bid
you may receive.
The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].
We acknowledge that failure to sign each and every page of this Bid Form, including the
attached Schedule of Prices, shall be a ground for the rejection of our bid.
Name: ___________________________________________________________________
Legal capacity: _____________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________
65
Price Schedule for Goods Offered from Within the Philippines
[shall be submitted with the Bid if bidder is offering goods from within the Philippines]
______________________________________________________________________________
Name of Bidder ____________________ Project ID No. 2023-033 BAC III Page ___of___
1 2 3 4 5 6 7 8 9 10
Item Description Country Quantity Unit Transportation Sales and Cost of Total Total Price
of origin price and all other other taxes Incidental Price, per delivered
EXW costs incidental payable if Services, if unit Final
per to delivery, per Contract is applicable, Destination
item item awarded, per item (col
per item 5+6+7+8) (col 9) x
(col 4)
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
66
Price Schedule for Goods Offered from Abroad
[shall be submitted with the Bid if bidder is offering goods from Abroad]
______________________________________________________________________________
Name of Bidder _____________________ Project ID No.2023-033 BAC III Page ___ of ___
1 2 3 4 5 6 7 8 9
Item Description Country Quantity Unit price CIF Total CIF Unit Price Unit price Total Price
of origin port of entry or CIP Delivered Delivered delivered
(specify port) or price per Duty Unpaid Duty Paid DDP
CIP named place item (DDU) (DDP) (col 4 x 8)
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
67
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under
Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15)
days from receipt of the written demand by the procuring entity for the commission of
acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other
legal action the government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the
following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to
such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we
filed a waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we
have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
68
Contract Agreement Form for the Procurement of Goods (Revised)
[Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the
Notice of Award]
_________________________________________________________________________
CONTRACT AGREEMENT
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of
the other part;
WHEREAS, the Entity invited Bids for certain goods and ancillary services,
particularly [brief description of goods and services] and has accepted a Bid by the Supplier
for the supply of those goods and services in the sum of [contract price in words and figures
in specified currency] (hereinafter called “the Contract Price”).
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and
v. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the
GPPB that are subsequently required for submission after the
contract execution, such as the Notice to Proceed, Variation Orders,
and Warranty Security, shall likewise form part of the Contract.
69
3. In consideration for the sum of [total contract price in words and figures] or
such other sums as may be ascertained, [Named of the bidder] agrees to [state
the object of the contract] in accordance with his/her/its Bid.
4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.
for: for:
Acknowledgment
[Format shall be based on the latest Rules on Notarial Practice]
70
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:
[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative
of [Name of Bidder], I have full power and authority to do, execute and perform any and
all acts necessary to participate, submit the bid, and to sign and execute the ensuing
contract for [Name of the Project] of the Baguio General Hospital and Medical Center, as
shown in the attached duly notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name
of the Procuring Entity], as shown in the attached [state title of attached document
showing proof of authorization (e.g., duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board, by itself or by
relation, membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform Guidelines
on Blacklisting;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
71
6. [Select one, delete the rest:]
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC) III, the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC) III, the Technical Working Group, and the BAC Secretariat, the head
of the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,
or any form of consideration, pecuniary or otherwise, to any person or official, personnel
or representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the government
of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the
Revised Penal Code.
72
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
73
74